MODIFICATION
R -- Trainer/Debriefer for the At Sea Hake Observer Program
- Notice Date
- 9/1/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- RA133F-11-RQ-1123
- Archive Date
- 9/9/2011
- Point of Contact
- DianaRomero, Phone: 303-497-3761
- E-Mail Address
-
diana.romero@noaa.gov
(diana.romero@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- REPLACE 2.0 BACKGROUND OF THE STATEMENT OF WORK WITH THE FOLLOWING: 2.0 BACKGROUND The NWFSC provides scientific and technical support to NMFS for the management, conservation, and wise use of the Northwest region's marine and anadromous resources. The Fishery Resource Analysis and Monitoring Division (FRAMD) of the NWFSC, requires contract support for an observer trainer, debriefer, and support for the FRAMD observer programs. FRAMD has two observer programs, the West Coast Groundfish Observer Program (WCGOP) and the At-Sea Hake Observer Program (A-SHOP). This position will largely work with the A-SHOP. OMBINED SYNOPSIS/SOLICITATION Observer Program Training and Debriefing Specialist Fisheries Biologist (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA133F-11-RQ-1123. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 541690. The small business size standard is $7.0. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001 - Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for a trainer and debriefer for the At-Sea Hake Observer Program (ASHOP) in Seattle, WA. in accordance with the statement of work. Quantity 1 yr. (VI) Description of requirements is as follows: STATEMENT OF WORK Observer Program Training and Debriefing Specialist 1.0 ORGANIZATION The Northwest Fisheries Science Center (NWFSC), of the National Marine Fisheries Service (NMFS), National Oceanic and Atmospheric Administration (NOAA), Department of Commerce (DOC), is a government agency charged with the mission of stewardship for living marine resources. 2.0 BACKGROUND The NWFSC provides scientific and technical support to NMFS for the management, conservation, and wise use of the Northwest region's marine and anadromous resources. The Fishery Resource Analysis and Monitoring Division (FRAMD) of the NWFSC, requires contract support for an observer trainer and debriefer for the At-Sea Hake Observer Program. 3.0 SCOPE OF WORK The contractor will serve as a trainer and debriefer for the At-Sea Hake Observer Program (ASHOP) in Seattle, WA. Duties include: • Assisting in the preparation of training material. • Presenting material during observer training. • Debriefing at-sea hake observers, which includes checking calculations, sampling procedures and data entry, as well as editing data, as needed. Contractor will work with NMFS database for reviewing and editing observer data. • Evaluating observer performance. • Providing administrative support to ASHOP program. • Assisting NWFSC staff on relevant program projects. • Participating in scientific at-sea data collection aboard charted and Governmental operating fishery survey vessels and/or commercial fishing vessels. • Passing relevant at-sea safety course prior to going to sea. • Passing all required safety and IT security awareness courses mandated by the DOC or NOAA. • Working with observers to collect and document data according to standard protocols in order to ensure data quality. The NMFS Project Leader is responsible for the overall scheduling of the project activity and selection of communication needs. Regular meetings between the contractor and the NMFS Project Leader will be required to outline a work schedule and prioritize tasks. The contractor is responsible for scheduling the work to be done each day, within the work schedule of NMFS staff. Work under this task order may require that personnel have access to Privacy Act Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a, FAR 52.224-1, Privacy Act Notification, and FAR 52.224-2, Privacy Act. Contractor personnel are responsible for maintaining confidentiality of all subjects and materials. 4.0 SKILLS REQUIRED The contractor must meet the following requirements: • Bachelor's degree or higher in a biological science. • Experience in data collection in the west coast At-Sea Hake fishery. • Experience ensuring data quality of scientific data collected onboard commercial fishing vessels. • Experience writing manuals and forms. • Experience training at-sea data collection protocols. In addition, the contractor must complete all security processing, prior to entering the Government's facility. Security worksheets and fingerprint cards must be submitted and approval of personnel completed prior to commencing work at a Government facility. 5.0 PERSONNEL INVOLVED WCGOP Point of Contact. Janell Majewski from the NWFSC will be the point of contact for the vendor for questions of review and acceptance of submitted work. The point of contact will serve as co-principal investigator and will also be responsible for task coordination and acknowledgement of the hours and performance of the contractor. Ms. Majewski can be contacted at (206) 860 - 3292. COTR Ms. Mary Breaker is appointed as the Contracting Officer's Representative (COTR) under this task order. Ms. Breaker can be reached at (206) 860 - 3425. 6.0 PLACE OF PERFORMANCE Services will be performed at the Alaska Fisheries Science Center in Seattle, Washington. The contractor shall work during the normal operating hours of the Center, which are a standard eight (8) hours per day, five (5) per week. An alternate work schedule may be requested and approved by the NMFS Project Leader. The work schedule must include working within the core hours, 9:00 AM to 3:00 PM, of the Center. 7.0 TRAVEL The contractor will be required to travel locally and domestically on an as-needed basis. All travel requires prior approval from the NMFS Project Leader. The contractor will make all of his/her own travel arrangements and shall also pay for his/her own travel costs. The NWFSC will reimburse the contractor for all costs incurred from approved travel. The contractor may be required to spend time at-sea as part of a scientific team onboard charted and Government-operated fishery survey vessels or on commercial fishing vessels. Onboard hours are typical 10 to 12 hours per day and all hours in excess of 8 hours per day will be considered overtime hours at a higher rate of pay. The contractor will be responsible for providing additional accident and health coverage for the entire shipboard period in accordance with 10.0 below. 8.0 PERIOD OF PERFORMANCE: Services shall be conducted from approximately twelve months from time of award. 9.0 MATERIALS AND EQUIPMENT The Government will provide all the equipment and supplies necessary to conduct on-site work including work space, a personal computer, PC and software resources, telephone, and office supplies at no cost to the contractor. The Government will also provide all equipment necessary to conduct at-sea research on survey and commercial fishing vessels including Personal Flotation Devices (PFD's), hard hats, face shields, electronic data acquisition devices, and other equipment as required. This position requires occasional travel to ports in Washington, Oregon, and California to meet with fishing industry members and observers. The most practical mode of transportation to the remote ports is driving and utilizing a government-owned vehicle would represent a cost benefit to the government. Therefore, the contractor is expected to have a clean driving record and when possible, use government-owned vehicles for travel. 10.0 ACCIDENT AND HEALTH INSURANCE WHILE AT-SEA The contractor shall provide accident and health insurance for the contractor personnel for the entire shipboard period. The accident and health insurance requirement is to provide coverage for contractor personnel injury while on the job during the performance of their duties and need not necessarily include general health benefits. The contractor shall maintain and insurance program that adequately covers the contractor's liability for personnel injured on the job, under applicable federal and state laws. Supporting documents and certification of insurance shall be provided in accordance with the terms of the insurance clauses contained in the master contract. (VII) Period of performance from time of award twelve months. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide, proof of education requirement and completed resume. (IX) FAR 52.212-2, Evaluation - Commercial Items (June 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotation based on the following evaluation criteria: (1) Personnel Qualifications. The experience, education, and qualifications of personnel proposed to work on the contract will be evaluated to determine their ability to perform their proposed duties. Quotes shall provide resumes of key personnel. (2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, and customer satisfaction. Quotes shall provide two references with point of contact, phone number and email address. (3) Price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Wor (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None apply (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of Clause) The following additional terms and conditions apply reference and full text: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.242-15 Stop-Work 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ (End of Provision) 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) (a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause) 1352.237-71 SECURITY PROCESSING REQUIREMENTS - LOW RISK CONTRACTS (APR 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - Special Agency Check (SAC) (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - National Agency Check and Inquiries (NACI) (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility (i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of Clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 04:00 P.M. MDT on September 08, 2011. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7719 and email address is Diana.Romero@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133F-11-RQ-1123/listing.html)
- Place of Performance
- Address: Alaska Fisheries Science Center, Seattle, Washington, 98112, United States
- Zip Code: 98112
- Zip Code: 98112
- Record
- SN02559785-W 20110903/110902103011-fcbb99edfb560f77a2935dd54a6001b4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |